SOLICITATION NOTICE
N -- GSA Certified Vault Relocation - Attachment 3 - Reference_List - Attachment 4 - Past Performance Questionnaire - Attachment 2 - SCA WD - Attachment 1 - PWS
- Notice Date
- 9/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 162 MSG/MSC AZ ANG, 1455 E EL TIGRE WAY, TUCSON, Arizona, 85706-6091, United States
- ZIP Code
- 85706-6091
- Solicitation Number
- W912L2-18-Q-6031
- Archive Date
- 9/15/2018
- Point of Contact
- Michael Salmon,
- E-Mail Address
-
michael.salmon.5@us.af.mil
(michael.salmon.5@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1 - PWS Attachment 2 - SCA WD Attachment 4 - Past Performance Questionnaire blank Attachment 3 - Reference_List This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation/synopsis reference number is W912L2-18-Q-6031 and is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. This acquisition is set aside for small business. The NAICS code is 332999 and the small business size standard is 750 Employees. The Product Service Code (PSC) is N054. Any offeror/individual desiring to be considered for contract award must submit their company's capabilities to meet the PWS requirements in Attachment #1, along with a firm fixed price quote based on the CLINs below (A breakdown of costs is mandatory): ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 GSA AA-V-2737 Certified 1 Job $________ $_________ Modular Vault Relocation IAW attached PWS FFP FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 CMRA Reporting 1 Each $________ $__________ IAW PWS FFP FOB: Destination Delivery Address /Place of Performance: 6620 S. Air Guard Way Bldg. 5 and 6 Tucson, AZ 85706 Be advised, there are four (4) documents attached to the solicitation. Please review prior to submission: 1 - Performance Work Statement 2 - U.S. Department of Labor Service Contract Act Wage Determination 3 - Reference List - Refer to Factor 3 - Past Performance 4 - Past Performance Questionnaire (PPQ) - Refer to Factor 3 - Past Performance Lack of active SAM registration will preclude contract award. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item with their submission or complete electronic representations and certifications at: https://www.sam.gov/portal/SAM Any questions or requests for site visits must be emailed to the POC below no later than 5:00 PM pacific std. time, Tuesday 11 September, 2018. Any Q&A responses shall be posted as amendments to this solicitation by 5:00 PM pacific std. time on Wednesday, 12 September 2018. All responsible sources may submit a quote via email to: michael.salmon.5@us.af.mil Suspense for receipt of quote 5:00PM pacific standard time on 14 Sep 2018 The following provisions and clauses are applicable to the solicitation: FAR 52.202-1 - Definitions FAR 52.204-7 - System for Award Management FAR 52.204-9 - Personal Identity Verification of Contractor Personnel FAR 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.204-13 - System for Award Management Maintenance FAR 52.204-18 - Commercial and Government Entity Code Maintenance FAR 52.204.19 - Incorporation by Reference of Representations and Certifications FAR 52.209-6 - Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-1 - Instructions to Offerors FAR - 52.212-3 (Alt 1) - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Terms and Condition - Commercial Items FAR 52.219-6 - Notice of Total Small Business Aside FAR 52.219-28 - Post Award Small Business Program Rerepresentation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36 - Equal Opportunity for Workers with Disabilities FAR 52.222-37 - Employment Reports on Veterans FAR 52.222-40 - Notification of Employee Rights under the National Labor Relations Act FAR 52.222-41 - Service Contract Labor Standards FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-55 - Minimum Wages under Executive Order 13658 FAR 52.222-62 - Paid Sick Leave under Executive Order 13706 FAR 52.223-2 - Affirmative Procurement of Biobased Products under Service and Construction Contracts FAR 52.223-5 - Pollution Prevention and Right-to-Know Information FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.223-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 - Disputes FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.237-1 - Site Visit FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 (ALT 1) - Changes - Fixed Price FAR 52.246-4 - Inspection of Services -- Fixed-Price FAR 52.249-4 -Termination for Convenience of the Government (Services) (Short Form) DFARS 252.203-7000- Requirements relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 Alt A - System for Award Management DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.244-7000 - Subcontracts for Commercial Items CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT: FAR 52.212-2 Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. EVALUATION FACTORS Factor 1 Price Factor 2 Technical Capability Factor 3 Past Performance All evaluation factors other than price, when combined, are approximately equal to price: Factor 1 - Price The proposed prices shall be evaluated for completeness, and reasonableness. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. (Note: The 162nd Wing is subject to the Arizona Business Privilege Tax). Factor 2 - Technical Capability The evaluation will consist of assessing the Offeror's technical approach to accomplish the tasks outlined in the PWS. The offeror must demonstrate a clear understanding of the nature and the scope of the work required. Failure to provide realistic, reasonable and complete information may reflect a lack of understanding of the requirements and may result in a determination that the vendor is technically unacceptable. This factor will be evaluated to assess the risk of successful performance based on the quality of the offeror's technical knowledge of GSA lightweight panel modular vault installation and certification to AA-V-2737 standards that either meets or exceeds the government's requirements as defined in the performance work statement. Technical Sub-factors: 1. Provide the names of the key personnel on staff (at a minimum) 2. The proposal demonstrates an appropriate level of personnel resources across the range of skills required to accomplish the requirement. 3. The proposal demonstrates a sound technical approach to accomplish the requirements of the PWS in accordance with applicable standards and required certifications. 4. The proposal demonstrates a sound, rational, effective and efficient management approach to accomplish the requirements identified in the PWS. Technical Ratings Adjectival Rating - Description Outstanding - Proposal indicates an exceptional approach and understanding of the requirements and contains multiple strengths. Good - Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength. Acceptable Proposal indicates an adequate approach and understanding of the requirements. Marginal - Proposal has not demonstrated an adequate approach and understanding of the requirements. Unacceptable - Proposal does not meet requirements of the solicitation and, thus, contains one or more deficiencies and is unawardable. Factor 3 - Past Performance The Government will analyze and consider the risk and confidence level illustrated by relevant, recent past performance in which the company has performed (see details below): Utilizing Attachment 3 - Reference List, the vendor shall provide contact information of past/current clients/customers (for services rendered within 3 years of solicitation closing date) who have had agreements/contracts of similar service to this requirement. The completed reference list must be submitted with offerors quote. To validate level of performance for references submitted listed on attachment 3, offerors must contact/solicit references to complete Attachment 4 - Past Performance Questionnaire (PPQ). Completed PPQ(s) shall be emailed from past performance reference directly to michael.salmon.5@us.af.mil PPQs forwarded from or otherwise passed through the offeror will not be considered. PPQ(s) must be received no later than the solicitation closing date/time. The Government will analyze and consider the risk and confidence level illustrated by relevant, recent past performance in which the company has performed utilizing submitted past performance questionnaires and any sources available including, but not limited to: • Past Performance Information Retrieval System (PPIRS) • Federal Awardee Performance and Integrity Information System (FAPIIS) • Other Publically Available Information Recent - Recent past performance shall be performance that is either on-going or was completed within three (3) years of the solicitation closing date. Relevant - Relevancy is defined as follows: Relevancy Ratings Very Relevant The reference demonstrates experience with modular vault installation and certification to GSA standard AA-V-2737 under contract with federal, state or other government entities within the past three years Relevant The reference demonstrates experience with modular vault installation or certification of modular vaults under contract with other than government entity within the past three years. Semi-Relevant The reference demonstrates other vault installation or certification work, within the past three years. Not Relevant None of the above. Performance Ratings and Confidence Assessment. The following adjectival ratings shall be given to each of the Offeror's past performance references to rate the quality of the Offeror's performance for that reference. The Offeror shall then receive one rating as an overall confidence assessment describing how well the Offeror is expected to perform given the Offeror's performance history. More-recent and more-relevant past performance information shall have greater weight in the Offeror's overall confidence assessment relative to less-recent and less-relevant information. Performance Confidence Assessments Rating Method - Adjectival Rating Description Substantial Confidence - Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence - Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence - No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence - Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence - Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. BASIS FOR AWARD All proposals will be subjected to an initial screening for completeness and conformance with RFQ instructions before being evaluated. A proposal that is incomplete will not be considered for award. The Government will award one firm fixed priced contract to the responsible offeror conforming to the solicitation that represents the best value considering price and other non-price factors. The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary. Note: In Accordance with Federal Acquisition Regulation (FAR) 9.104-1: To be determined responsible, a prospective contractor must: (a) Have adequate financial resources to perform the contract, or the ability to obtain them (b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (c) Have a satisfactory performance record. (d) Have a satisfactory record of integrity and business ethics (e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and (g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations. The Government reserves the right to further verify contractor responsibility using any sources available including, but not limited to: • Federal Awardee Performance and Integrity Information System (FAPIIS) • System for Award Management (SAM) • Other Publically Available Information (End of Clause) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (NOV 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) __X__ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-62, Paid sick Leave under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23960 - Welder, Combination, Maintenance WG-10 23470 - Laborer WG-2 21020 - Forklift Operator WG-5 23890 - Sheet-Metal Worker, Maintenance WG-10 (End of Clause) FAR 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of Provision) FAR 52.252-2 - Clauses Incorporated By Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of Clause) FAR 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation. (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-2/W912L2-18-Q-6031/listing.html)
- Place of Performance
- Address: Tucson, Arizona, 85706, United States
- Zip Code: 85706
- Zip Code: 85706
- Record
- SN05078094-W 20180909/180907230852-0f66ddcc1f9f76ed6173173fcab7596b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |